CITY OF LOS ANGELES CALIFORNIA Addendum No. 1 March 16, 2016

Size: px
Start display at page:

Download "CITY OF LOS ANGELES CALIFORNIA Addendum No. 1 March 16, 2016"

Transcription

1 ERIC GARCETTI MAYOR CITY OF LOS ANGELES CALIFORNIA Addendum No. 1 March 16, 2016 GARY LEE MOORE, PE, ENV SP CITY ENGINEER REQUEST FOR QUALIFICATIONS (RFQ) FOR THE PRE-QUALIFIED ON-CALL (PQOC) SMALL SIDEWALK CONTRACTORS LIST This addendum consists of this 5-page transmittal and 5 attachments of 13 pages. Respondents are hereby notified of the following: I. GENERAL INFORMATION: 1. The last day to submit questions is March 18, Questions should be submitted to Jonathan Carroll via at jonathan.carroll@lacity.org. 2. Respondents are required to provide a notarized declaration from a licensed insurance representative stating that the contractor can obtain insurance coverage in the types and limits stated in the RFQ. Proof of insurance will not be required until a Work Package is assigned. 3. For information on the Bond Assistance Program of Los Angeles, please contact Merriwether and Williams Insurance Services at (213) or online at A handout provided at the pre-submittal meeting is attached for your convenience (1 page). II. MODIFICATIONS TO THE RFQ: 1. The second sentence of the Bond Requirements on Page 9 of the RFQ is revised to read as follows: Respondents to this RFQ must have a bonding capacity of at least $100, The first sentence of the Cover Letter section on Page 5 of the RFQ is revised to read as follows: Include the name, address, fax number (if available), and the Business Tax Registration Certificate number of the contractor. 3. The Required Forms section on Page 6 of the RFQ is revised to read as follows: Submit the Contractor s Responsibility Ordinance Questionnaire, Certification of Compliance with Child Support Obligations, Certification Regarding Compliance with the Americans with Disabilities Act, Los Angeles Residence Information, Signature Sheet and Affidavit, Bidder Certification CEC Form 50, and Stipulated Unit Prices Signature Sheet. Page 1 of 5

2 ERIC GARCETTI MAYOR CITY OF LOS ANGELES CALIFORNIA Addendum No. 1 March 16, 2016 GARY LEE MOORE, PE, ENV SP CITY ENGINEER REQUEST FOR QUALIFICATIONS (RFQ) FOR THE PRE-QUALIFIED ON-CALL (PQOC) SMALL SIDEWALK CONTRACTORS LIST 4. The Checklist on Page 17 of the RFQ has been revised and is attached (1 page). 5. Attachment No. 8 of the RFQ has been revised and is attached (7 pages). 6. The cover sheet of Attachment No. 11 of the RFQ has been revised to include a web link to the latest version of the Transitional Job Opportunities Program Directory and is attached (1 page). III. QUESTIONS FROM RESPONDENTS (Q) AND ANSWERS FROM CITY (A): Q1: I am a small contractor and I missed the pre-submittal meeting on March 2. Do I still have a chance to be on the list? A1: The meeting on March 2, 2016 was not mandatory. Respondents may submit a Statement of Qualifications (SOQ) if they did not attend the meeting as long as they meet the requirements in the RFQ. Q2: Is a fax number required? A2: See MODIFICATIONS TO THE RFQ, Item 2 of this Addendum. Contractors are not required to have a fax number but it provides another means for City staff to contact the contractors. Q3: Do we need a notarized letter proving insurance if we already have a policy certificate? A3: All contractors are required to provide a notarized declaration from a licensed insurance representative stating that the contractor can obtain insurance coverage as listed in the RFQ. Q4: Is the bonding capacity $100K or $200K? A4: See MODIFICATIONS TO THE RFQ, Item 1 of this Addendum. Q5: Up to two projects per year will be awarded per contractor? A5: Yes, Contractors are allowed to work on a maximum of two Work Packages per year; however, the City reserves the right to increase the maximum if in its best interest. Q6: When will work start? A6: There is no set date at this time; however, Work Packages cannot be issued until the list of contractors is approved by the Board of Public Works. Page 2 of 5

3 ERIC GARCETTI MAYOR CITY OF LOS ANGELES CALIFORNIA Addendum No. 1 March 16, 2016 GARY LEE MOORE, PE, ENV SP CITY ENGINEER REQUEST FOR QUALIFICATIONS (RFQ) FOR THE PRE-QUALIFIED ON-CALL (PQOC) SMALL SIDEWALK CONTRACTORS LIST Q7: Are you compiling one master list for small contractors or will you differentiate between the various business enterprises? A7: This RFQ is for one list of small sidewalk contractors. There will be no differentiation identifying contractors who have been certified as a minority, women, or disabled veteran owned business enterprise. However, the Board of Public Works encourages the participation of Small, Local Business Enterprises. Q8: Is there any specification information? A8: The specification for the work is the Green Book Standard Specifications for Public Works Construction. On occasion a technical specification may be added to the Work Package to account for unique conditions at a specific sidewalk repair site. Q9: How many feet of sidewalk are estimated to be repaired for each Work Package? A9: The quantity of sidewalk to be repaired will vary by Work Package. Packaging of sites will be determined by the engineer's estimate based on the stipulated unit prices of the construction elements in the Work Package not to exceed $100,000. Q10: We are already doing contract work with the City of Los Angeles. Do we need to fill out all of the attachments mentioned on the checklist or is this information already stored in your system? A10: All respondents need to submit a complete SOQ by the deadline. Documents submitted in relation to other bids or RFQs are not applicable to this RFQ. Refer to Section 8 SOQ Submittal Requirements of the RFQ. For documents requiring upload to the Business Assistance Virtual Network (BAVN), refer to the instructions in the RFQ for those specific forms. Q11: Does the Signature Sheet and Affidavit in Attachment 6 need to be notarized? A11: Yes, it needs to be notarized before being submitted with the SOQ. Q12: How do I obtain plans for this bid? A12: There are no plans for this RFQ as it is not for a specific project but instead an opportunity to get on the PQOC Small Sidewalk Contractors List. Once the List is established, work will be assigned as detailed in the RFQ. Q13: What are the criteria for selection? A13: All Respondents who meet the qualifications identified in the RFQ, submit a complete SOQ by the due date, and are deemed responsible and responsive Page 3 of 5

4 ERIC GARCETTI MAYOR CITY OF LOS ANGELES CALIFORNIA Addendum No. 1 March 16, 2016 GARY LEE MOORE, PE, ENV SP CITY ENGINEER REQUEST FOR QUALIFICATIONS (RFQ) FOR THE PRE-QUALIFIED ON-CALL (PQOC) SMALL SIDEWALK CONTRACTORS LIST will be recommended for the PQOC Small Sidewalk Contractors List pending approval of the Board of Public Works. Q14: Will contractors need to list their subcontractors and how will subcontractors participate? A14: Contractors do not need to list subcontractors when submitting the SOQ for this list. Subcontracting work is encouraged whenever those opportunities are available. However, prior to beginning work, all subcontractors must be approved by the Bureau of Contract Administration, Special Research and Investigation Section, be properly licensed and registered with the state (California Senate Bill 854), and possess a City of Los Angeles Business Tax Registration Certificate number. Contractors are highly encouraged to utilize the Transitional Job Opportunities Program (TJOP) list prior to subcontracting. Q15: If the budget is $1 million per year would there only be 10 jobs per year? A15: The budget for this program has not yet been set but individual work packages will not exceed $100,000. Q16: How will the money be paid out? A16: The City will compensate the Contractor for performing work issued through a Work Package based on the provisions of the Master General Requirements available online at: Q17: Three agencies are listed in the TJOP Directory in the packet. Do we need to simply acknowledge we will be working with them? A17: Submission of an SOQ shall constitute acknowledgement of acceptance of all terms and conditions set forth in the RFQ. Questions regarding the required outreach for the TJOP should be ed to the Bureau of Contract Administration at bca.biphelp@lacity.org. Q18: What are the rules? How do you determine who qualifies? Is there a points system? A18: See response to Q13. Q19: How do I submit the electronic copy of the SOQ? A19: The electronic version of the SOQ must be in PDF format and may be submitted on either a CD or flash drive. Page 4 of 5

5 ERIC GARCETTI MAYOR CITY OF LOS ANGELES CALIFORNIA Addendum No. 1 March 16, 2016 GARY LEE MOORE, PE, ENV SP CITY ENGINEER REQUEST FOR QUALIFICATIONS (RFQ) FOR THE PRE-QUALIFIED ON-CALL (PQOC) SMALL SIDEWALK CONTRACTORS LIST Q20: In regards to Question 10 of the Responsibility Questionnaire, what if I don t have an Experience Modification Rate? A20: For assistance with the Responsibility Questionnaire, please contact bca.biphelp@lacity.org. Q21: Does the Request for Waiver form need to be notarized? A21: No, the form does not need to be notarized. Q22: What if I have more questions regarding the insurance forms? A22: For assistance with the insurance forms, contact City Administrative Officer, Risk Management at (213) or via to cao.insurance.bonds@lacity.org. IV. PRE-SUBMITTAL MEETING: The Sign-In sheets (3 pages) for the pre-submittal meeting held on March 2, 2016 are attached. Sincerely, Julie K. Sauter, PE Division Engineer Project Award and Control Division Bureau of Engineering Page 5 of 5

6 CONTRACTOR DEVELOPMENT AND BONDING PROGRAM The Contractor Development Program assists contractors with their contracting capacity and business growth. Assessment Enrollment in the City of Los Angeles Contractor Development and Bonding Program. The 4 Pillars OF CONTRACTOR DEVELOPMENT Personal Account Manager to assist you in a professional assessment of current capacity and needs for growth. Facilitated referrals to Program Partners and resources. ASSESSMENT BONDING ASSISTANCE &TECHNICAL SUPPORT EDUCATION, PRIME TRAINING PARTNERSHIP & CONTRACTOR PROGRAM SUPPORT Bonding Assistance & Technical Support Assistance with obtaining or increasing bonding capacity. Access to City of L.A. collateral support for bid, performance and payment bonds for qualified contractors. Contract review, project assessment, and field support for program bonded contracts. Assistance with project risk identification and mitigation. Third party funds administration. Accounting cost subsidy for CPA prepared financial statements. Access to contract specific financing. Project opportunities and industry events Education, Training & Contractor Support Group Classes on public construction best practices led by industry experts. One-on-one consultation to develop a work plan aligned to your needs and goals. Contract specific support on City of L.A. bond program supported contracts. Prime Partnership Program Strategic alliances with Program Prime contractors including matchmaking and referrals. Networking with public agency staff and peer contractors. sent weekly via the Blitz of the Week. Contractor Profile to assist with business For more information on this program, visit: marketing. Referrals to specific project opportunities. PROGRAM SPONSORS: ADMINISTERED BY: 550 South Hope St., Suite 1835 Los Angeles, CA Phone: Fax: mwisinfo@imwis.com printed on 30% post consumer recycled fiber paper

7 CONTRACTOR SHALL COMPLETE, SIGN AND RETURN THIS CHECKLIST WITH THE STATEMENT OF QUALIFICATIONS Cover Letter DOCUMENT Attachment 1: Contractor Responsibility Questionnaire Attachment 3: Certification of Compliance with Child Support Obligations Attachment 4: Certification Regarding Compliance with the Americans with Disabilities Act Attachment 5: Los Angeles Residence Information Form Attachment 6: Signature Sheet and Affidavit Attachment 7: Bidder Ethics CEC Form 50 Attachment 8: Stipulated Unit Prices Page 3 Signature Sheet Attachment 10: Insurance Notarized declaration from licensed insurance representative Included Bond Notarized statement from proposed surety DOCUMENT SUBMITTED ON BAVN Non-Discrimination/Equal Employment Practices Certification Affirmative Action Plan Equal Benefits Ordinance Affidavit Slavery Disclosure Ordinance Affidavit Uploaded Contractor Firm Name Signed Typed Name Date Title Telephone Number NOTE: Failure to submit all the information requested may render your submittal nonresponsive

8 ATTACHMENT 8 STIPULATED UNIT PRICES 1. Work Package Item Prices (3 pages) 2. General Description of Work Items (3 pages)

9 PQOC SMALL SIDEWALK CONTRACTORS LIST STIPULATED UNIT PRICES City of Los Angeles - Department of Public Works - Bureau of Engineering ITEM DESCRIPTION UNIT UNIT PRICE 1 Mobilization LS $ 3, Traffic Control and Permits LS $ 3, Temporary Drainage Inlet Protection LS $ Remove Sidewalk SF $ Remove Curb LF $ Remove Curb and Gutter LF $ Remove Driveway SF $ " Concrete Sidewalk SF $ Concrete Curb LF $ Concrete Curb and Gutter LF $ " Concrete Driveway and Sidewalk (High-Early Strength) SF $ " Concrete Driveway and Sidewalk SF $ " Concrete Driveway and Sidewalk (High-Early Strength) Patterned / Decorative / Brick Sidewalk & Driveway (Depth Varies) SF $ SF $ Concrete Grinding EA SITE $ 1, Curb Ramp (ADA Compliant) EA $ 4, Furnish & Install Detectable Warning Panel on Existing Ramp EA $ Tree Root Pruning / Shaving EA $ Tree Canopy Pruning EA $ 1, Tree & Stump Removal (6" to 24" Diameter) EA $ Tree & Stump Removal (Over 24" Diameter) EA $ 2, Stump Removal EA $ " Box Size Tree (Furnish and Plant) EA $ Root Control Barrier (Furnish and Install) FT $ Water Tree (Up to 30 gallons / week) for One Month EA TREE $ Top Soil SF $ 3.00 Attachment 8 Page 1 of 6

10 PQOC SMALL SIDEWALK CONTRACTORS LIST STIPULATED UNIT PRICES City of Los Angeles - Department of Public Works - Bureau of Engineering ITEM DESCRIPTION UNIT UNIT PRICE 27 Bike Rack (Remove and Reinstall) EA $ Newspaper Dispenser / Trash Bin (Remove and Reinstall) EA $ Bus Shelter Fee Reimbursement EA $ 4, Parking Meter (Remove and Reinstall) EA $ Street Sign (Remove and Reinstall) EA $ New Sign Post (Furnish and Install) EA $ Remove Unsuitable Base Material CY $ Untreated Base Material CY $ Metal Tree Well Grates (Remove and Reinstall) EA $ Bollard (Remove and Reinstall) EA $ Bollard (Furnish and Install) EA $ Backfill Decomposed Granite SF $ Asphalt Concrete SF $ Epoxy Concrete Patch EA SITE $ Paint Curb LF $ Modify Existing Irrigation System EA SITE $ 1, Adjust Utility Maintenance Hole to Grade EA $ Adjust Utility Pull Box to Grade EA $ Adjust Utility Vault to Grade EA $ Adjust Water / Gas Meter to Grade EA $ Type 2 Composite Street Lighting Pull Box EA $ Type 3 Composite Street Lighting Pull Box EA $ Type 2 Traffic Signal Pull Box with Lid EA $ Type 3 Traffic Signal Pull Box with Lid EA $ " X 23" X 11" (No. 2) DWP Meter Box EA $ " X 23" (No. 2) DWP Meter Composite Lid Only EA $ " X 23" (No. 2) DWP Meter Steel Cover Lid Only EA $ " X 30" X 11" (No. 3) DWP Meter Box EA $ Attachment 8 Page 2 of 6

11 PQOC SMALL SIDEWALK CONTRACTORS LIST STIPULATED UNIT PRICES City of Los Angeles - Department of Public Works - Bureau of Engineering ITEM DESCRIPTION UNIT UNIT PRICE 55 22" X 30" (No. 3) DWP Meter Composite Lid Only EA $ " X 30" (No. 3) DWP Meter Steel Cover Lid Only EA $ " X 15" DWP Meter Box with Lid EA $ Parkway Culvert Sidewalk Drain EA $ " Diameter Schedule 80 PVC Pipe LF $ " Diameter Schedule 80 PVC Pipe LF $ " Diameter Ductile Iron Pipe LF $ " Diameter Ductile Iron Pipe LF $ Rectangular Metal Pipe LF $ Unit abbreviation: CY=cubic yard, EA=each, LF=linear foot, LS=lump sum per Work Package, SF=square foot Each contractor on the Pre-Qualified On-Call Small Sidewalk Contractors List will be paid the Stipulated Unit Price for each item of work in the Work Package. Contractor hereby agrees to accept the above Stipulated Unit Prices unless and until they are revised by the City. Print Company Name Print Contact Name Signature Date Signature Sheet Attachment 8 Page 3 of 6

12 NO. WORK PACKAGE ITEM GENERAL DESCRIPTION 1 Mobilization 2 Traffic Control and Permits Follow the Watch Manual and apply for necessary permits from LADOT. 3 Temporary Drainage Inlet Protection Labor (including placement) and material. 4 Remove Sidewalk 5 Remove Curb 6 Remove Curb and Gutter Demolition (including saw-cut when needed), equipment, labor, and disposal. 7 Remove Driveway 8 4" Concrete Sidewalk 9 Concrete Curb 10 Concrete Curb and Gutter 11 4" Concrete Driveway and Sidewalk (High-Early Strength) 12 6" Concrete Driveway and Sidewalk 13 8" Concrete Driveway and Sidewalk (High-Early Strength) 14 Patterned / Decorative / Brick Sidewalk & Driveway Equipment, labor (including placement and forming), and material (including formwork). *Note: High-early strength concrete is used for fire stations and residential driveways. Submittals are required for the high-early strength concrete mix and is included in the bid item. *Note: The depth of the Patterned/Decorative/Brick Sidewalk varies from 4" to 8" depending on the existing conditions. 15 Concrete Grinding Equipment and labor. 16 Curb Ramp (ADA Compliant) Equipment, labor (including demolition, saw-cut, forming and placement), material (including concrete, formwork and truncated domes), and disposal of existing material. 17 Furnish & Install Detectable Warning Panel on Existing Ramp Equipment labor and material (truncated dome) 18 Tree Root Pruning / Shaving 19 Tree Canopy Pruning 20 Tree & Stump Removal (6" to 24" Diameter) 21 Tree & Stump Removal (Over 24" Diameter) 22 Stump Removal 23 24" Box Size Tree (Furnish and Plant) 24 Root Control Barrier (Furnish and Install) 25 Water Tree (Up to 30 gallons/week) for One Month 26 Top Soil 27 Bike Rack (Remove and Reinstall) 28 Newspaper Dispenser / Trash Bin (Remove and Reinstall) Equipment, labor, and disposal of the tree, the stump and its roots. An Arborist will be provided by the City for consultation. Equipment, labor, and disposal of the stump and its roots. Equipment, labor, and material (including cost of tree, delivery and planting). *Note: All newly planted trees must have a root control barrier and must be watered. Equipment, labor, and material (including placement and compaction). Equipment, labor, and safe storage. PQOC SMALL SIDEWALK CONTRACTORS LIST Page 4 of 6

13 NO. WORK PACKAGE ITEM GENERAL DESCRIPTION 29 Bus Shelter Fee Reimbursement Includes the fee to set up the removal and reinstallation of the bus shelter which will be performed by the City's bus shelter Contractor. 30 Parking Meter (Remove and Reinstall) 31 Street Sign (Remove and Reinstall) 32 New Sign Post (Furnish and Install) 33 Remove Unsuitable Base Material 34 Untreated Base Material 35 Metal Tree Well Grates (Remove and Reinstall) 36 Bollard (Remove and Reinstall) Equipment, labor, and safe storage of the posts. *Note: The GC shall contact DOT to remove the meter heads in advance of construction. Equipment, labor, material, and safe storage. *Note: If the existing post of the sign is damaged before construction, the GC shall replace it with a new one (see Bid Item: Furnish & Install New Sign Post). Equipment, labor, and disposal. *Note: This item is exclusive to unacceptable subgrade. Clearing other debris (concrete, tree roots, etc.) is included in other removal bid items as indicated above. Equipment, labor (including placement and compaction), and material (including import). Equipment, labor and safe storage. *Note: If the City wishes to dispose or salvage the material, the GC shall do so at no extra cost. 37 Bollard (Furnish and Install) Equipment, labor, and material. 38 Backfill Decomposed Granite 39 Asphalt Concrete 40 Epoxy Concrete Patch 41 Paint Curb 42 Modify Existing Irrigation System 43 Adjust Utility Maintenance Hole to Grade 44 Adjust Utility Pull Box to Grade 45 Adjust Utility Vault to Grade 46 Adjust Water / Gas Meter to Grade Equipment, labor (including placement and compaction), and material. Equipment, labor (including placement), and material. Equipment, labor, and material. *Note: Applied on existing sprinklers which are impacted when expanding the sidewalk or constructing a new curb ramp. The GC shall relocate the irrigation line and the sprinkler heads along the newly expanded sidewalk as needed. Equipment, labor, and material (such as concrete needed to adjust or stacked rings). *Note: The GC is only responsible for adjusting sewer and storm drain maintenance holes. The GC shall coordinate with Inspector and CM in contacting utility companies. PQOC SMALL SIDEWALK CONTRACTORS LIST Page 5 of 6

14 NO. WORK PACKAGE ITEM GENERAL DESCRIPTION 47 Type 2 Composite Street Lighting Pull Box 48 Type 3 Composite Street Lighting Pull Box 49 Type 2 Traffic Signal Pull Box with Lid 50 Type 3 Traffic Signal Pull Box with Lid 51 16" X 23" X 11" (No. 2) DWP Meter Box 52 16" X 23" (No. 2) DWP Meter Composite Lid Only 53 16" X 23" (No. 2) DWP Meter Steel Cover Lid Only 54 22" X 30" X 11" (No. 3) DWP Meter Box 55 22" X 30" (No. 3) DWP Meter Composite Lid Only 56 22" X 30" (No. 3) DWP Meter Steel Cover Lid Only 57 10" X 15" DWP Meter Box with Lid 58 Parkway Culvert Sidewalk Drain 59 4" Diameter Schedule 80 PVC Pipe 60 6" Diameter Schedule 80 PVC Pipe 61 4" Diameter Ductile Iron Pipe 62 6" Diameter Ductile Iron Pipe 63 Rectangular Metal Pipe Equipment, labor (including removal and installation), and material (including furnishment of boxes, and material needed to install per standard plans, such as gravel placed below pull boxes). Equipment, labor (including removal and installation), and material (including furnishment of boxes, and material needed to install per standard plans, such as gravel placed below meter boxes). All other types of DWP boxes shall be change order work. Labor (including adjusting or installing in the event these items cannot be protected) and material (including furnishing and delivery). *Note: The GC are to protect-in-place as much as possible. PQOC SMALL SIDEWALK CONTRACTORS LIST Page 6 of 6

15 ATTACHMENT 11 TRANSITIONAL JOB OPPORTUNITIES PROGRAM (TJOP) The company directory for the Transitional Job Opportunities Program can be accessed on the City of Los Angeles Internet site: 1. Ordinance No (7 pages)

16

17

18

ATTACHMENT 8 STIPULATED UNIT PRICES

ATTACHMENT 8 STIPULATED UNIT PRICES ATTACHMENT 8 STIPULATED UNIT PRICES 1. Work Package Item Prices (2 pages) 2. General Description of Work Items (3 pages) PQOC SMALL SIDEWALK CONTRACTORS LIST STIPULATED UNIT PRICES City of Los Angeles

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF ADDENDUM #1 MARCH 10, 2016 CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project "Central Winds

More information

DOCUMENT ADDENDA AND MODIFICATIONS

DOCUMENT ADDENDA AND MODIFICATIONS DOCUMENT ADDENDA AND MODIFICATIONS PART 1 1.1 PROCEDURE GENERAL A. For filing purposes, add Addenda and Modifications to the Contract Documents following this page. Modified June 20, 2017 Addenda and Modifications

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1 CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT- ENGINEERING DIVISION ADDENDUM DATE: 10/12/15 PROJECT: BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: 41506 BID DATE: 10/27/15 ADDENDUM

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

BID FORM (LUMP SUM CONTRACT)

BID FORM (LUMP SUM CONTRACT) BID FORM (LUMP SUM CONTRACT) Place County of El Paso Purchasing Department Date Project No. 11-016 Proposal of (hereinafter called Bidder), a corporation organized under the laws of the State of /a partnership/an

More information

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications Addendum No. 2 Project No. 2016-01EL West Barbour Street 12kV Underground Reconductoring Revisions to Drawings and Specifications Pre-Bid Meeting Notes and Scope of Work Clarifications Replace Section

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT BID FORMS FOR 2013-14 CURB, GUTTER AND SIDEWALK REPAIR AND CURB-RAMP INSTALLATION PW 13-28 PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS DO NOT DETACH ANY OF THIS MATERIAL THIS

More information

EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL NOTES

EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL NOTES CITY OF SANTA MONICA Department of Public Works Civil Engineering Division 1685 Main, Room 116 Santa Monica, CA 90401 Tel: (310) 458-2240 or (310) 458-8737 EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL

More information

Sample. Bid Proposal. Not Valid for Use

Sample. Bid Proposal. Not Valid for Use BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes

More information

CITY OF LOS ANGELES CALIFORNIA Addendum No. 1 June 8, 2016

CITY OF LOS ANGELES CALIFORNIA Addendum No. 1 June 8, 2016 ERIC GARCETTI MAYOR CITY OF LOS ANGELES CALIFORNIA Addendum No. 1 June 8, 2016 W.O. SZC13025 GARY LEE MOORE, PE, ENV SP CITY ENGINEER Bidders are required to acknowledge receipt of this addendum in the

More information

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT CALL FOR BIDS KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 1589 SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT BID OPENING: DATE: FEBRUARY 27, 2018 TIME: 11:00 AM Sealed

More information

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1 Department of Public Works Engineering Division November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION ADDENDUM NO. 1 Dear Bidder: The following amendments are hereby made to the subject

More information

ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO

ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO ADDENDUM NO. 2 LANCASTER BOULEVARD AND 15 th STREET WEST ROUNDABOUT This addendum forms a part of the contract documents for the above identified project and modifies the original specifications, plans,

More information

CITY OF TACOMA Department of Public Utilities Tacoma Power

CITY OF TACOMA Department of Public Utilities Tacoma Power CITY OF TACOMA Department of Public Utilities Tacoma Power ADDENDUM NO. 1 DATE: August 4, 2017 REVISIONS TO: Request for Bids Specification No. PG17-0130F TPU Eductor Waste Decant Facility NOTICE TO ALL

More information

Statement of Quantities

Statement of Quantities 01-21.26.01 GROUND WATER TREATMENT CONSUMABLES ALLOWANCE 1 A/A 01-52.13 ACCOUNT - PROJECT SPECIAL PROVISIONS TEMPORARY OFFICE FACILITIES 2-1.2a REMOVE 6" CONCRETE CURB AND/OR GUTTER REMOVE 780 LF 2-1.4

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway

More information

CITY OF EL CERRITO PUBLIC WORKS DEPARTMENT

CITY OF EL CERRITO PUBLIC WORKS DEPARTMENT CITY OF EL CERRITO PUBLIC WORKS DEPARTMENT OHLONE GREENWAY BART STATION AREA ACCESS, SAFETY, AND PLACEMAKING IMPROVEMENTS City Project No. C3076 Federal Project No. CML-5239 (025) ADDENDUM NO. 1 TO: All

More information

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices. SECTION 01220 UNIT PRICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for the unit prices. B. The omission of any unit price description from this Section

More information

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project RES. NO. PROPOSAL FOR THE COMPLETION OF 2015-28 TO THE SATISFACTION OF THE BUTLER COUNTY COMMISSIONERS AND THE COUNTY ENGINEER: SAID WORK CONSISTING OF TYLERSVILLE ROAD IMPROVEMENTS, PHASE I TO THE COUNTY

More information

Bidder Name: ITEMIZED BID: The bidder should complete the following section in accordance with Sec 102.7. The bidder proposes to furnish all labor, materials, equipment, services, etc. required for the

More information

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB #4320 2014 RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents

More information

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number: ADDENDUM # 01 Date: 5/4/2018 Reference: IFB Number: 118-22-5-11 The following questions were submitted for clarification and/or to request additional information. All questions that were submitted are

More information

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013 SPECIAL PROVISIONS - SP2014 BOOK Page 1 S-1 (2104) REMOVE AND REPLACE BITUMINOUS PAVEMENT (ADA) Always include SP2014-119 (PLANT MIXED ASPHALT PAVEMENT) or SP2014-121 (PLANT MIXED ASPHALT PAVEMENT FOR

More information

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION CONTRACTOR S PROPOSAL COMPANY ADDRESS CITY, STATE, ZIP ( ) TELEPHONE NUMBER City of Hesperia 9700 Seventh Avenue Hesperia, CA 92345 Ladies and Gentlemen: STATE LICENSE NUMBER Pursuant to the Public Notice

More information

T. P. Concrete, Inc. Wood Sewer & Excavating, Inc. 589 CY , , , SF

T. P. Concrete, Inc. Wood Sewer & Excavating, Inc. 589 CY , , , SF 30051 FURNISH AND INSTALL AGGREGATE SLURRY BACKFILL 589 CY 50.00 29,450.00 55.00 32,395.00 50.00 29,450.00 30584 FURNISH AND INSTALL 8" CRUSHED AGGREGATE DRIVEWAY APPROACH BASE 480 SF 0.75 360.00 0.85

More information

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded) Bid Form TxDOT CSJ No. 17HGRCKPT Project: Aransas County Airport - 2017 Hangar Project Project Description: Schedule 1A Base Bid: Construct TxDOT 360 concrete apron pavement for box hangar. Schedule 1A

More information

City of West Hollywood California 1984

City of West Hollywood California 1984 CITY OF WEST HOLLYWOOD DEPARTMENT OF PUBLIC WORKS City of West Hollywood California 1984 MANUAL FOR PREPARATION OF PLANS STREET & PARKWAY IMPROVEMENTS LOCATED IN THE PUBLIC RIGHT OF WAY Updated: February

More information

May 31, Prepared By: Thompson Engineering, Inc Cottage Hill Road Ste. 190 Mobile, Al Office (251) Fax: (251)

May 31, Prepared By: Thompson Engineering, Inc Cottage Hill Road Ste. 190 Mobile, Al Office (251) Fax: (251) Addendum No. 1 to the Water Street Signal Planning And Striping Plan Concrete Sidewalk Phase Mobile, Alabama For the City of Mobile, Alabama Project No. 2017-2060-06 May 31, 2017 Prepared By: Thompson

More information

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of a Partnership consisting of an Individual doing business as. TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

SPECIAL SPECIFICATION 6664 Level (3) Communications System

SPECIAL SPECIFICATION 6664 Level (3) Communications System 2004 Specifications CSJ 1200-05-014 SPECIAL SPECIFICATION 6664 Level (3) Communications System 1. Description. A. This Item will govern the installation of all facilities belonging to Level (3) Communications,

More information

Wastewater Treatment Plant Dewatering Pad

Wastewater Treatment Plant Dewatering Pad Community Development Department Engineering Division Wastewater Treatment Plant Dewatering Pad Project #: 2017-06 Bid Date: December 19, 2018 1. Notice Inviting Bids 2. Bid Schedule 3. Addendums 4. Plan

More information

SPECIAL SPECIFICATION 6658 Time Warner Communications System

SPECIAL SPECIFICATION 6658 Time Warner Communications System 2004 Specifications CSJ 1200-05-014 1. Description. SPECIAL SPECIFICATION 6658 Time Warner Communications System A. This Item will govern the installation of all facilities belonging to Time Warner Cable

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01026 - PART 1 GENERAL 1.01 THE REQUIREMENT A. Payment for various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing

More information

Request for Proposal: Due October 11, :00 pm

Request for Proposal: Due October 11, :00 pm Remove and replace approx. 6000 sq. ft. of asphalt, clean and tack 1200 sq. ft. of low spots, seal coat and stripe parking lot at 1030 Temple Ave Camarillo, CA 93010 Request for Proposal: Due October 11,

More information

Job Order Sewer Repair Services

Job Order Sewer Repair Services Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified

More information

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project. TO: ALL HOLDERS OF CONTRACT DOCUMENTS FOR: City of Carlsbad, New Mexico Sanitary Sewer Interceptor 118 Upgrades Phase I Wade M. Chacon P.E. HDR Project Manager/Engineer Bid # 2016-32 ADDENDUM NUMBER ONE

More information

2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02

2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02 2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: March 3, 2015 To: Prospective Contractors From: Jack Fleming, PE City of El Centro 1275 W. Main St. El Centro, CA 92243 Telephone:

More information

General Water Bid Items Item No.

General Water Bid Items Item No. BID PROPOSAL PROPOSAL OF, a corporation organized and existing under the laws of the State of, a partnership consisting of, an individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST City of North Royalton Mayor Robert A. Stefanik Community Development, Building Division Dan Kulchytsky Building Commissioner 11545 Royalton Road, North Royalton, OH 44133 Phone: 440-582-3000 Fax: 440-582-3089

More information

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number)

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number) EXHIBIT A CONTRACTOR'S COMPENSATION SCHEDULE FOR ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / 50103-000-4150 (Budget Account Number) ITEM NO. P-S-F DESCRIPTION QTY

More information

PUBLIC WORKS DEPARTMENT THORNTON ROAD WIDENING PROJECT NO. PW1428

PUBLIC WORKS DEPARTMENT THORNTON ROAD WIDENING PROJECT NO. PW1428 PUBLIC WORKS DEPARTMENT BID FORMS FOR THORNTON ROAD WIDENING PROJECT NO. PW1428 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL Job Walk:

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION CITY OF ALBANY Public Works Department ADDENDUM # ST-6-02 CROCKER LANE RECONSTRUCTION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and shall

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION CITY OF ALBANY Public Works Department ADDENDUM #1 ST-13-04-2014, MAIN STREET REHABILITATION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and

More information

CAMP BULLIS ROAD 12-INCH WATER MAIN PROJECT Solicitation No.: CO RA Addendum 2 July 22 nd 2016

CAMP BULLIS ROAD 12-INCH WATER MAIN PROJECT Solicitation No.: CO RA Addendum 2 July 22 nd 2016 To Respondent of Record: CAMP BULLIS ROAD 12-INCH WATER MAIN PROJECT Solicitation No.: CO-00082-RA Addendum 2 July 22 nd 2016 This addendum, applicable to work referenced above, is an amendment to the

More information

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet. BID FORM TxDOT CSJ 1812CONRO Project Description: TW Extension, Lighting and Signage Improvements Base Bid: The project consists of the extension of existing 50 TW approximately 2,640 feet. The proposed

More information

*Note: Please contact the Soil Erosion Specialist at with questions regarding application requirements

*Note: Please contact the Soil Erosion Specialist at with questions regarding application requirements APPLICATION FOR RAZE PERMIT COVER SHEET Page 1 of 2 Project Address The following items must be completed and submitted as a packet: Razing permit application (this item is all that is needed for residential

More information

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: April 22, 2009 To: Prospective Bidders/Plan Holders From: Abraham Campos, PE on behalf of City of El

More information

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California 93030 Tel 805.385.8280 October 24, 2018 ADDENDUM NO. 2 Vineyard Avenue Street Resurfacing Project PW 16-12 SCHEDULED

More information

(D) Surface Slope Bituminous patch in front of the truncated domes must not exceed 5% measured perpendicular to the flow line or edge of roadway.

(D) Surface Slope Bituminous patch in front of the truncated domes must not exceed 5% measured perpendicular to the flow line or edge of roadway. Last Revision by CO Special Provisions: 09/14/18 Page 1 S-1 (2104) REMOVE AND REPLACE BITUMINOUS PAVEMENT (ADA) Always include SP2018-143 ((2360) PLANT MIXED ASPHALT PAVEMENT (MSCR)) when using this writeup.

More information

ADOPT-A-MEDIAN INFORMATION PACKET

ADOPT-A-MEDIAN INFORMATION PACKET ADOPT-A-MEDIAN INFORMATION PACKET Thank you for your interest in the Adopt-A-Median Program with the Board of Public Works, Office of Community Beautification. Originally established in 1988, under the

More information

TO ALL PROSPECTIVE BIDDERS: The original specifications for the project noted above are hereby modified as described below:

TO ALL PROSPECTIVE BIDDERS: The original specifications for the project noted above are hereby modified as described below: ADDENDUM 1 February 28, 2018 CONTRACT DOCUMENTS FOR Lincoln Avenue Sidewalk Construction CITY OF TAKOMA PARK IFB PW-20180208 State Contract No. MO4665112 TO ALL PROSPECTIVE BIDDERS: The original specifications

More information

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation

More information

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS REMOVALS PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of all labor, material, and equipment necessary to perform vegetation

More information

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018 155 Corey Avenue St. Pete Beach, FL 33706-1839 www.stpetebeach.org Addendum 1 Valve & Valve Vault Replacement Issued June 13, 2018 Note that this Addendum does not change the bid due date and time as stated

More information

Q&A: The Block/Parsons Alley Construction RFP

Q&A: The Block/Parsons Alley Construction RFP Q&A: The Block/Parsons Alley Construction RFP 1. Is there a Geotechnical Report available? 2. Would it be possible to extend the bid date to a day other than a Monday? 3. Is it possible to extend the date

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

June 5, Prepared By: Thompson Engineering, Inc Cottage Hill Road Ste. 190 Mobile, Al Office (251) Fax: (251)

June 5, Prepared By: Thompson Engineering, Inc Cottage Hill Road Ste. 190 Mobile, Al Office (251) Fax: (251) Addendum No. 3 to the Water Street Signal Planning And Striping Plan Concrete Sidewalk Phase Mobile, Alabama For the City of Mobile, Alabama Project No. 2017-2060-06 June 5, 2017 Prepared By: Thompson

More information

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: 4/16/2015 RE: BID #: ITB-DOT-14/15-7013LV BID/RFP TITLE: District Seven Storm Drain Video Inspection Services OPENING DATE: April 27, 2015 @ 12:00

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -- GENERAL 1.1 SCOPE A. The Contractor shall receive and accept the compensation as provided in the Bid Form as full payment for furnishing all materials, labor,

More information

Addendum No. 1 Issue Date: March 29, 2016

Addendum No. 1 Issue Date: March 29, 2016 Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South

More information

CITY OF LOS ANGELES Sidewalk Repair Program. Amber Elton, PE

CITY OF LOS ANGELES Sidewalk Repair Program. Amber Elton, PE CITY OF LOS ANGELES Sidewalk Repair Program Amber Elton, PE Sidewalk Repair Program Civil Engineer APRIL 20, 2017 Century Plaza Towers 2029 Century Park East City s Goal BEFORE AFTER Improve Mobility in

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN ) PADRE DAM MunicIpal Water DIstrict An Everyday Essential ADDENDUM NO.1 Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN 212002) Bid Opening Date: May 22, 2012 Time: 10:00 a.m.

More information

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF ADDENDUM #1 AUGUST 25, 2016 INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF TO: ALL PLAN HOLDERS This Addendum No. 1 to the Contract Documents for City of Winter Springs project

More information

City of Eagle Point Main Street Lighting Phase II Addendum No. 1 April 30, 2014

City of Eagle Point Main Street Lighting Phase II Addendum No. 1 April 30, 2014 City of Eagle Point Main Street Lighting Phase II Addendum No. April 0, 204 The following revisions and/or additions are made to the contract documents (plans and/or specifications) and are to be reflected

More information

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged. 1700 East Iron Ave. Salina, KS 67401 785-827-0433 phone 785-827-5949 fax 6 March 2018 Arizona California Colorado Kansas Louisiana Missouri Nebraska New Mexico Texas Utah ADDENDUM NO. 2 RE: City of Kingman,

More information

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6 SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO. 18-4501 SOLICITATION NO. CO-00198 ADDENDUM 6 (September 10, 2018) To Respondent of Record: This addendum, applicable to work referenced

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

CARGO HARDSTAND IMPROVEMENTS. at Seattle-Tacoma International Airport BID PACKAGE. Addendum No. 3

CARGO HARDSTAND IMPROVEMENTS. at Seattle-Tacoma International Airport BID PACKAGE. Addendum No. 3 CARGO HARDSTAND IMPROVEMENTS at Seattle-Tacoma International Airport BID PACKAGE Addendum No. 3 MC-0317700 Primary Work Project #: 104648 Cargo 2 Hardstand Expansion (103801) Cargo 5 Hardstand Construction

More information

CITY OF TACOMA Department of Public Utilities - Water Division

CITY OF TACOMA Department of Public Utilities - Water Division CITY OF TACOMA Department of Public Utilities - Water Division ADDENDUM NO. 1 DATE: October 12, 2015 REVISIONS TO: Request for Bids Specification No. WD15-0133F Water Main Replacement Project No. MRP 2014-27,

More information

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION RFB # 18-0197 ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION The following information was conveyed and discussed

More information

Revision 1 Dated October 2, UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE:

Revision 1 Dated October 2, UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE: Revision 1 Dated October 2, 2014 1.3.2 UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE: PEYTON DRIVE WIDENING - PHASE 3 AND ENGLISH CHANNEL IMPROVEMENTS Project No s. S12012 & 800360

More information

SPECIAL SPECIFICATION 6666 Charter Communications System

SPECIAL SPECIFICATION 6666 Charter Communications System 2004 Specifications CSJ 1200-05-014 SPECIAL SPECIFICATION 6666 Charter Communications System 1. Description. A. This Item will govern the installation of all facilities belonging to Charter Communications,

More information

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS*** 00005B *** *** BOLD ITALICIZED Item is bound within this specification manual. Regular non-italicized Item is not bound within this specification manual, however item is part of the contract. Contents

More information

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS Section Page 13-1 GENERAL... 13.1 13-1.01 Preservation of Property... 13.1 13-1.02 Overloading, Pavement Protection & Repair... 13.1 13-2 REMOVING EXISTING

More information

INVITATION TO BIDDERS. Solicitation No. CO-00157

INVITATION TO BIDDERS. Solicitation No. CO-00157 INVITATION TO BIDDERS Solicitation No. CO-00157 Sealed bids are requested by the San Antonio Water System for the construction of approximately 5,900 LF of 6 to 8-inch of water main and approximately 3,000LF

More information

Public Works Department

Public Works Department Effective Date: March 23, 2005 CITY ENGINEERING FEE SCHEDULE PRODUCTS Public Works Design and Specifications Book Zoning Map Water Distribution System Map Wastewater Collection System Map AutoCAD Drawings

More information

DINÉ COLLEGE Request for Proposals (RFP)

DINÉ COLLEGE Request for Proposals (RFP) DINÉ COLLEGE Request for Proposals (RFP) PROJECT NAME: Shiprock North Campus (SRNC) Parking Lot Renovation Project RFP Submitted By: Hereinafter referred to as Construction Contractor : corporation, partnership,

More information

REQUEST FOR TENDER - SERVICES RFT HOUSE DEMOLITION 7958 BEAVERDAMS RD., NIAGARA FALLS, ON.

REQUEST FOR TENDER - SERVICES RFT HOUSE DEMOLITION 7958 BEAVERDAMS RD., NIAGARA FALLS, ON. REQUEST FOR TENDER - SERVICES 1. PURPOSE AND SCOPE This specification is intended to govern the supply of all labour, materials and equipment for the dismantling, demolition of a single dwelling on the

More information

The Bid Date has changed to 03/16/2010 at 2:30 PM.

The Bid Date has changed to 03/16/2010 at 2:30 PM. , Chinatown / North Beach Campus Main Building & Annex Building Curbs Gutters and Sidewalk CCSF Project No. 107 A 1. Summary DOCUMENT 00900 Bid Package 7.20 Curbs Gutters and Sidewalk ADDENDUM NO. 4 (02/22/2009)

More information

ROAD CUT PERMIT APPLICATION & INSTRUCTIONS

ROAD CUT PERMIT APPLICATION & INSTRUCTIONS Jeremy Robinson Commissioner Ann Fordock Martin E. Davis, L.S. DEPARTMENT OF PUBLIC WORKS Ben Walsh, Mayor ROAD CUT PERMIT APPLICATION & INSTRUCTIONS REQUIRED FOR: Construction in (cutting into) a city

More information

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 BIDDING AND CONTRACT DOCUMENTS FOR THE HORRY COUNTY SOLID WASTE AUTHORITY YARD WASTE MANAGEMENT AND COMPOSTING FACILITY HORRY COUNTY, SOUTH CAROLINA ****************************************************************************************************

More information

WINTERHAVEN PUBLIC SAFETY FACILITY PROJECT

WINTERHAVEN PUBLIC SAFETY FACILITY PROJECT WINTERHAVEN PUBLIC SAFETY FACILITY PROJECT Funded by: California Department of Housing and Community Development (HCD) through its Community Development Block Grant (CDBG) Program and the County of Imperial.

More information

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section 02540-1 of 10 SECTION 02540 STORM DRAIN REHABILITATION 02540.01 GENERAL A. Description Storm drain rehabilitation shall include, but not necessarily be limited to, pipe joint sealing, inlet and manhole

More information

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY: ADDENDUM NO. TO CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID #04-5 August 2, 204 PREPARED BY: SEBAGO TECHNICS, INC. 75 John Roberts Road Suite A South Portland, ME 0406 3036 Addendum

More information

TABLE OF CONTENTS COVER PAGE 1 NO TABLE OF CONTENTS ADDENDUM ACKNOWLEDGEMENT

TABLE OF CONTENTS COVER PAGE 1 NO TABLE OF CONTENTS ADDENDUM ACKNOWLEDGEMENT TABLE OF CONTENTS Sections Description No. of Return with Pages Submittal COVER PAGE 1 NO TABLE OF CONTENTS ADDENDUM ACKNOWLEDGEMENT 1 YES SECTION A CHANGES TO THE CONTRACT DOCUMENTS 1 NO SECTION B PRE-BID

More information

A D D E N D U M N O. 4

A D D E N D U M N O. 4 A D D E N D U M N O. 4 TO: PROJECT: All Prospective Bidders (T78) Drainage Improvements TxDOT CSJ No. Klotz Project No. 0500.041.002 ISSUE DATE: January 30, 2017 The following information is provided to

More information

West Valley Library Parking Lot Repair with Porous Asphalt

West Valley Library Parking Lot Repair with Porous Asphalt RFQ-066 Request for Quote for West Valley Library Parking Lot Repair with Porous Asphalt Susan Miller Facilities Manager Yakima Valley Libraries April 3, 2017 RFQ NAME: ISSUING AGENCY: West Valley Library

More information

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO: ISSUE DATE: MARCH 21, 2012 (REVISION 2-08/31/12) PROJECT: CNB BUILDINGS 2 AND 3 CATOOSA, OKLAHOMA OWNER: BID TO: (Mail & Fax) CHEROKEE NATION BUSINESSES 777 WEST CHEROKEE STREET CATOOSA, OKLAHOMA 74015

More information

CITY OF ATLANTA PARTNERSHIP Small Business Development Program Contractor/Consultant Questionnaire

CITY OF ATLANTA PARTNERSHIP Small Business Development Program Contractor/Consultant Questionnaire Instructions: A completed Questionnaire with all attachments must be delivered via e-mail, facsimile, or handdelivery no later than January 18, 2018, to the attention of Laura Cook at the address below.

More information

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No PART 1 GENERAL 1.1 RELATED DOCUMENTS REQUIREMENTS COMMON TO ALL WORK CATEGORIES 1. Drawings and general provisions of the Contract, including General Special Conditions and other Division 1 Specification

More information

PREQUALIFICATION APPLICATION INSTRUCTIONS

PREQUALIFICATION APPLICATION INSTRUCTIONS PREQUALIFICATION APPLICATION INSTRUCTIONS Please read the following instructions carefully as incomplete applications will not be processed. COMPLETE AND RETURN ALL SECTIONS OF THE APPLICATION PACKAGE.

More information